Interior Tenders
Interior Tenders
STATE, DEPARTMENT OF USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents
Description: Sources Sought Notice - A&e For The Design Of An Interior Intruder Anti-climb Fence
U S COAST GUARD USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Soon7 Mar 2025
Tender AmountRefer Documents
Details: 52000qr250011453 naics Code 336611 product Code 7320 this Is A Combined Synopsis/solicitation Nr 52000qr250011453 For A Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 336611. The Small Business Size Standard Is 1500. This Is A Total Small Business Set Aside; All Responsible Small Business Sources May Submit Proposals That Will Be Considered. This Synopsis/ Solicitation Is Issued Pursuant To Far 13.106-1(b), And The Resultant Purchase Order Will Be Awarded On A Firm-fixed Price Basis Using Simplified Acquisition Procedures In Accordance With Far 13. the United States Coast Guard Surface Force Logistics Center Request The Contractors To Provide Pricing For The Following: uscgc Harriet Lane Galley Undercounter Freezer requirements undercounter Freezer Information: cospolich Model Number: Ucf20-2m-snm-mlr, Cospolich 304 Stainless Steel, Shipboard Modular Undercounter Freezer dimensions: 71” Wide X 24” Deep X 28” High 115 Vac, 1 Phase, 60 Hz, 404a Refrigerant hinge: Standard; Iaw Cospolich Drawing: 94088 accessories: electronic Controls W/led Light Driver front-breathing Grill Assembly (gr43-fb-ec) 12” Led Interior Light (ledlite35) adjustable Legs ships Forces Will Be Installing The Units. Must Be A Cospolich Model No. Ucf20-2m-snm-mlr Due To Meeting Marine, Mil Spec, Naval Shipboard Appliance And Unit Will Fit Through Shipboard Watertight Door. reference(s): technical Manual: shipboard Galley Refrigerator/freezer 270-wmec-2841_651_c place Of Delivery the Primary Place Of Performance Shall Be At Cgc Harriet Lane Located At Below Address: cgc Harriet Lane 400 Sand Island Parkway honolulu, Hawaii 96819 contracting Officer Technical Representative (cor): cwo Ben Peavey cell: (305) 898-1668 Email: Benjamin.r.peavey@uscg.mil b. As Stated Below, The Provision At Far 52.212-2, Evaluation-commercial Items- Applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information.
2. Vendors Must Be Registered In Www.sam.gov the Government Will Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conforming To The Solicitation Will Be More Advantageous To The Government, Price And Other Factors Considered. interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Proposal That Will Be Considered By The Agency. Proposals Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Duns And Cage Code. quotes Must Be Received No Later Than 07 March 2025 At 12:00pm Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent Joshua Miller At Email Address – Joshua.n.miller@uscg.mil. offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Items, With Their Offer Or Have Provision Far 52.212-3 Submitted Into Www.sam.gov. Any Questions Or Concerns Regarding Any Aspect Of This Rfq Must Be Forwarded To Contracting Officer, Joshua Miller Via Email: Joshua.n.miller@uscg.mil provisions / Clauses: the Following Far Clauses And Provisions Apply To This Acquisition And Are Incorporated By Reference: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Duns Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Duns Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003)
far 52.222-19 - Child Labor Cooperation With Authorities And Remedies (jan 2018)
far 52.222-35 - Equal Opportunity For Veterans (oct 2015) (38 U.s.c. 4212)
far 52.222-36 - Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793)
far 52.222-37 - Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212)
far 52.222-50 - Combating Trafficking In Persons (jan 2019)
far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011)
far 52.225-1 - Buy American Supplies (may 2014)
far 52.225-13 - Restrictions On Certain Foreign Purchases (jun 2008)
far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018)
far 52.233-3 - Protest After Award (aug 1996)
far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) 52.222-11, Subcontracts (labor Standards) (may 2014) (deviation Feb 2025) 52.222-12, Contract Termination—debarment (may 2014) (deviation Feb 2025) 52.244-6, Subcontracts For Commercial Products And Commercial Services (jan 2025) (deviation Feb 2025) the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Don Mariano Marcos Memorial State University Sluc Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Soon7 Mar 2025
Tender AmountPHP 61 K (USD 1 K)
Details: Description Bearing (6205 2rscm) Bearing (6004 2rscm) Bearing (6000 Zsm) Side Wheel Rim Assembly With Exterior And Interior And With Axle Size: 275/17
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Construction Material
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: The U.s. Army Corps Of Engineers, New York District Is Seeking Manufacturers And/or Distributors Hydrant Drain Base-iron Casting (reference Attached Submittal 33 11 00-06 & Dep Watermain Std Dwg No. Wm0020) For W912ds24c0013 – Coastal Storm Risk Management, South Shore Of Staten Island, New York, Interior Drainage Area E. The Units Must Meet The Requirements Of Far 52.225-11, Buy American-construction Materials Under Trade Agreements. The Technical Requirements For These Units Are Described In The Attachments. To Be Compliant With Far 52.225-11, The Units Must Meet The Requirements Of The Acts As Defined In Paragraph 3 Below. technical Requirements four Hydrant Drain Base-iron Casting. Per Nycdep Specification Section 62.12.3 (b): “each Hydrant Must Be Connected To The Main With A 6-inch Diameter Branch Controlled By A 6-inch Valve Installed With Valve Box And Appurtenances As Shown On The Latest Revision Of Bwso Standard Drawing No. Wm0020, "standard Methods For Hydrant Drain Base””. Per Standard Drawing No. Wm0020, Note 1: “ Hydrant Drain Base Must Be Made In Accordance With The Department’s Latest Standard Specification For Iron Castings”. Documents Are Attached For Reference units Shall Be Used In Nyc Dep Projects, And It Meets The Std Dwg Wm0020, & Specification Section 20.07 Iron Castings. . units Shall Meet The Requirements Of Far 52.225-11 Buy American- Construction Materials Under Trade Agreements. far 52.225-11 Buy American- Construction Materials Under Trade Agreements: The Buy American Act (baa) Provides A Preference For Domestic Construction Materials Mined, Produced Or Manufactured In The United States. sources Sought Information: manufacturer's Name, Address, Phone Number And Point Of Contact. name Of The Country Where The Units Are Manufactured. unit Cost For The Four Hydrant Drain Base-iron Casting catalog Cut Of The Four Hydrant Drain Base-iron Casting Demonstrating That They Meet The Technical Requirements Outlined In The Attached Specification. whether The Units Were Available In 2024 And If Not, When They Became Available. manufacturers Certification That The Product Is An End Product And Meets The Requirements Dictated And Defined In Far 52.225-11. all Interested Businesses Should Submit Their Responses In Writing By E-mail To The Following: nicholas Emanuel, Contract Specialist E-mail: Nicholas.p.emanuel@usace.army.mil this Is Not A Commitment On The Part Of The Government To Award A Contract As A Result Of This Notice Or To Pay For Any Information Received. This Synopsis Neither Constitutes A Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. This Sources Sought Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. The Government Does Not Intend To Rank Submittals Or Provide Any Reply To Interested Firms. Submittals Will Be Used For Market Survey Information Only. place Of Performance father Capodanno Blvd & Sand Ln, Staten Island, Ny 10305 this Market Research Will Be Posted For 15 Days
Barangay Sta Ana, Taytay, Rizal Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Mar 2025
Tender AmountPHP 605.2 K (USD 10.4 K)
Details: Description Construction Of Funerary Chapel With Interior Design
Ministry Of The Interior And Local Government - MILG Tender
Others
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 996 K (USD 17.1 K)
Purchaser Name: Ministry Of The Interior And Local Government | Description: Procurement Of Relief Goods Requested By Mp Rasul E. Ismael, Emdrcm For The Poorest Of The Poor Families That Are Really In Need, Especially This Holy Month Of Ramadan In Cotabato City, Sultan Kudarat , Grocery Items ,ministry Of The Interior And Local Government - Barmm
Department Of The Interior And Local Government - DILG Tender
Food Products
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 72.8 K (USD 1.2 K)
Purchaser Name: Department Of The Interior And Local Government | Description: Catering Service (bcfo: Ltia Meetings For Cy 2025) , Catering Services ,department Of The Interior And Local Government - Car
U S COAST GUARD USA Tender
Security and Emergency Services
United States
Closing Soon6 Mar 2025
Tender AmountRefer Documents
Details: General Requirements scope intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. references coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2022, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 9919, Swbs 436, Feb 2022, Fire And Smoke Detection System (for Hull 757) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item. 3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025. 3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326. 58300_rtk_1023_418 dual Point Davit, Biennial Maintenance, Perform 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Biennial Maintenance On Dual Point Davit Listed In Table 1. table 1 – Dual Point Davit Nameplate Data description location davit Total Gross Weight allied Systems Dual Point Davit With Control Console models: Ddp11000cts & Sp2200 weather Deck, Stbd Side, Frame 47 29,000 Lbs 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) y cb-oth Mark Iv (coast Guard Drawing 26b-cb-iv-801-001) n/a 1 Ea. n/a y hook model Apr-356-cbh 2 Ea. 5000.00 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001 Rev A, Booklet Of General Plan coast Guard Publications coast Guard Technical Publication (tp) Lr-h5-0002-v0, Swbs 583, Oct 2023, Boat Davit - Models Ddp11000cts & Sp2200 (hull 757) coast Guard Technical Publication (tp) 9618, Swbs 583, Sept 2023, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750) coast Guard Technical Publication (tp) 9619, Swbs 583, 06 Dec 2016, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2348) (hull 754) coast Guard Technical Publication (tp) 9899 Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 (s/n: 2366) (hull 755) coast Guard Technical Publication (tp) 9900, Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 – S/n 2382 (hull 756) surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011 international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition ansi/easa Standard Ar100-2020, Recommended Practice For The Repair Of Rotating Electrical Apparatus 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): 3.2 Biannual Maintenance Inspection And Repair Task Particulars (task #1 And #2) 3.2.1 Hook Certification. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000cts) To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Reassembly, And Testing As Applicable. 3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 3.1.2.3 Point Of Contact: heath Munger heath.munger@alliedsystems.com allied Systems Company (503) 825-3366 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: piping electrical Cables capstan note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.1.5 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. 3.1.6 Materials. The Contractor Must Furnish And Install Parts Listed In Table 2. table 2 – List Of Parts quantity part Number description source Of Supply 1 593533 kit, Element Replacement allied System Co. 214 S.w. Oregon Street, Sherwood Or 97140 1 593532 kit, Element Replacement 2 70196 return Filters 2 74130 seal Kits 2 71975 filter Breather 1 71754 tank Cover Gasket 2 71042 wire Rope 2 73441 hub 3.2 Biannual Maintenance Inspection And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform The Tasks Designated In Table 3 Below And Figure 1 In Accordance With Sflc Std Spec 5000 And Cg Tech Pub As Applicable. table 3 – Recurring Maintenance Task addition Requirements # task Type qty component Or Assembly appendix And Para. From Sflc Std 5000 other 1 operate And Inspect 1 dual Point Davit System 3.2.1 (operate And Inspect) Appendix A (general Inspection Requirements) submit Cir. 2 service And Inspect 1 hydraulic Winch Assembly (constant Tension And Normal) Which Are Powered By Main Hydraulic Pump/motor Assembly (st1) And Back Up Powered By Emergency (st2), Accumulators. 3.2.2 (service And Inspect) D2.3 (brakes And Clutches. D2.4 (open Gearing And Gear Reducers) submit Cfr. 3 disassemble And Inspect 2 power Sheave Assembly 3.2.3 (disassemble And Inspect) renew The Hub With Cfe. If Hubs Are Not Available, Clean, Inspect, And Reinstall Hubs. 4 hydraulic Lube Oil Analysis 1 hydraulic System c2.1.3.1 submit A Cir. 5 renew 2 wire Rope Assembly (allied System Part No. 71042) d2.2 (wire Rope Assemblies) wire Rope Particulars: Nominal Diameter: 5/8 Inch minimum Breaking Strength: 56,040 Lbs. total Length Of Each Wire Rope Required: 110 Ft. end Fitting Type: Fiege. Submit A Cfr. 6 nde 1 dual Point Davit System 3.2.5 (nde) areas To Nde: All Weld Joints And Boom And Turret Structures. submit A Cfr. 7 groom And Lubricate 1 dual Point Davit System 3.2.6 (groom And Lubricate) 8 weight Test 1 dual Point Davit System b2.7.2 (dual Point Davits) b2.7.2.1 No-load Operational Test b2.7.2.2 Static Load Test b2.7.2.3 Winch/brake/modified Static Load Test b2.7.2.4 Dynamic Load Test b2.7.2.5 Rated Load Test test Weight Particulars: working Load Limit (11,000 Lb.). "modified Static / Brake" Test Load: 16,500 Pounds (150% Of Wll) “modified Dynamic Test Load: 12,650 Pounds (115% Of Wll) 9 electric Motors 1 normal Rihb Boat Davit And Emergency Rihb Davit Hpu Motors perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Para 6.5.4.3 Of Tp 9618. Submit A Cfr. 10 fabricate And Install 1 label Plate b2.9 (label Plates) 11 partially Preserve 1 dual Point Davit Assembly (including Pedestal, Foundation, And All Previously/normally Painted Components Or Surfaces) 3.2.4 (partial Preservation) 12 service And Inspect 1 control Panel 3.2.2 (service And Inspect) verify All Mechanical And Electrical Signals To The Control Panel. Submit A Cfr. 3.2.1 Hook Certification. The Contractor With Tech Rep Support Must Inspect The Hooks And Verify Their Certification. Submit A Cir. Hooks (i.e. P/n: Model Apr-356-cbh) Must Be Renewed At Every 48 Months With Gfp. Renew Hooks If Certification Is Expired. 3.2.1.1 Mandatory Turn-in Item (mti) Removal. If Required To Be Renewed, The Contractor Must Remove The Existing Mti Hooks And Turn Over To The Cor. 3.3 Special Requirements For Various Components. If A Change Request Has Been Authorized For Additional Work On Any Of The Components Listed In Table 4 Below, The Contractor Must Perform Work In Accordance With The Corresponding Appendix Or Paragraph Of Sflc Std Spec 5000. table 4 - Special Requirements component appendix & Paragraph In Sflc Std Spec 5000 fluids c2.1 hose Assemblies c2.2 piping And Tubing c2.3 valves And Manifolds c2.4 gages c2.5 gas Charged Accumulators c2.6 heat Exchangers And Fluid Coolers c2.7 systems c2.8 fastener Assemblies d2.1 wire Rope Assemblies d2.2 brakes And Clutches d2.3 open Gearing And Gear Reducers d2.4 note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 3.4.1 The Contractor With Tech Rep Support Must Perform A Dockside Test, Consisting Of Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Submit A Cfr. 3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310. note government Will Provide 72 Hours Of Advance Notice To The Contractor For Sea Trial Support By The Tech Rep. 3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr. 4. Notes figure 1: Dual Point Davit Maintenance Table general Requirements scope intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels. references coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2022, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 9919, Swbs 436, Feb 2022, Fire And Smoke Detection System (for Hull 757) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract. 3.2 Materials. The Contractor Must Obtain All Of The Materials Required To Complete This Job With The Exception Of The Government-furnished Property Shown In Paragraph 1.2 Of Work Item. 3.3. Period Of Performance. The Period Of Performance Window For This Work Starts On 09 April 2025 And Ends On 01 July 2025. 3.4. Location. The Contractor Must Perform The Work While The Uscgc Midgett (wmsl 757) Is Alongside The Pier On 400 Sand Island Pkwy Honolulu, Hi 96819-4326. 58300_rtk_1023_418 dual Point Davit, Biennial Maintenance, Perform 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Biennial Maintenance On Dual Point Davit Listed In Table 1. table 1 – Dual Point Davit Nameplate Data description location davit Total Gross Weight allied Systems Dual Point Davit With Control Console models: Ddp11000cts & Sp2200 weather Deck, Stbd Side, Frame 47 29,000 Lbs 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) y cb-oth Mark Iv (coast Guard Drawing 26b-cb-iv-801-001) n/a 1 Ea. n/a y hook model Apr-356-cbh 2 Ea. 5000.00 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001 Rev A, Booklet Of General Plan coast Guard Publications coast Guard Technical Publication (tp) Lr-h5-0002-v0, Swbs 583, Oct 2023, Boat Davit - Models Ddp11000cts & Sp2200 (hull 757) coast Guard Technical Publication (tp) 9618, Swbs 583, Sept 2023, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2328-753, 2329-751, 2332-750) coast Guard Technical Publication (tp) 9619, Swbs 583, 06 Dec 2016, Boat Davit - Models Ddp11000cts & Sp2200 (s/n: 2348) (hull 754) coast Guard Technical Publication (tp) 9899 Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 (s/n: 2366) (hull 755) coast Guard Technical Publication (tp) 9900, Swbs 583, Apr 2021, Marine Crane – Models Ddp11000cts & Sp2200 – S/n 2382 (hull 756) surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Maritime Organization (imo) International Convention For The Safety Of Life At Sea (solas), 2009 As Amended In 2010 And 2011 international Maritime Organization (imo) International Life Saving Appliances Code (lsa), 2010 Edition ansi/easa Standard Ar100-2020, Recommended Practice For The Repair Of Rotating Electrical Apparatus 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): 3.2 Biannual Maintenance Inspection And Repair Task Particulars (task #1 And #2) 3.2.1 Hook Certification. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Dual Point Davit (i.e. Allied System Co. Model No. Ddp11000cts) To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Reassembly, And Testing As Applicable. 3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 3.1.2.3 Point Of Contact: heath Munger heath.munger@alliedsystems.com allied Systems Company (503) 825-3366 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: piping electrical Cables capstan note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.1.5 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. 3.1.6 Materials. The Contractor Must Furnish And Install Parts Listed In Table 2. table 2 – List Of Parts quantity part Number description source Of Supply 1 593533 kit, Element Replacement allied System Co. 214 S.w. Oregon Street, Sherwood Or 97140 1 593532 kit, Element Replacement 2 70196 return Filters 2 74130 seal Kits 2 71975 filter Breather 1 71754 tank Cover Gasket 2 71042 wire Rope 2 73441 hub 3.2 Biannual Maintenance Inspection And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform The Tasks Designated In Table 3 Below And Figure 1 In Accordance With Sflc Std Spec 5000 And Cg Tech Pub As Applicable. table 3 – Recurring Maintenance Task addition Requirements # task Type qty component Or Assembly appendix And Para. From Sflc Std 5000 other 1 operate And Inspect 1 dual Point Davit System 3.2.1 (operate And Inspect) Appendix A (general Inspection Requirements) submit Cir. 2 service And Inspect 1 hydraulic Winch Assembly (constant Tension And Normal) Which Are Powered By Main Hydraulic Pump/motor Assembly (st1) And Back Up Powered By Emergency (st2), Accumulators. 3.2.2 (service And Inspect) D2.3 (brakes And Clutches. D2.4 (open Gearing And Gear Reducers) submit Cfr. 3 disassemble And Inspect 2 power Sheave Assembly 3.2.3 (disassemble And Inspect) renew The Hub With Cfe. If Hubs Are Not Available, Clean, Inspect, And Reinstall Hubs. 4 hydraulic Lube Oil Analysis 1 hydraulic System c2.1.3.1 submit A Cir. 5 renew 2 wire Rope Assembly (allied System Part No. 71042) d2.2 (wire Rope Assemblies) wire Rope Particulars: Nominal Diameter: 5/8 Inch minimum Breaking Strength: 56,040 Lbs. total Length Of Each Wire Rope Required: 110 Ft. end Fitting Type: Fiege. Submit A Cfr. 6 nde 1 dual Point Davit System 3.2.5 (nde) areas To Nde: All Weld Joints And Boom And Turret Structures. submit A Cfr. 7 groom And Lubricate 1 dual Point Davit System 3.2.6 (groom And Lubricate) 8 weight Test 1 dual Point Davit System b2.7.2 (dual Point Davits) b2.7.2.1 No-load Operational Test b2.7.2.2 Static Load Test b2.7.2.3 Winch/brake/modified Static Load Test b2.7.2.4 Dynamic Load Test b2.7.2.5 Rated Load Test test Weight Particulars: working Load Limit (11,000 Lb.). "modified Static / Brake" Test Load: 16,500 Pounds (150% Of Wll) “modified Dynamic Test Load: 12,650 Pounds (115% Of Wll) 9 electric Motors 1 normal Rihb Boat Davit And Emergency Rihb Davit Hpu Motors perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Para 6.5.4.3 Of Tp 9618. Submit A Cfr. 10 fabricate And Install 1 label Plate b2.9 (label Plates) 11 partially Preserve 1 dual Point Davit Assembly (including Pedestal, Foundation, And All Previously/normally Painted Components Or Surfaces) 3.2.4 (partial Preservation) 12 service And Inspect 1 control Panel 3.2.2 (service And Inspect) verify All Mechanical And Electrical Signals To The Control Panel. Submit A Cfr. 3.2.1 Hook Certification. The Contractor With Tech Rep Support Must Inspect The Hooks And Verify Their Certification. Submit A Cir. Hooks (i.e. P/n: Model Apr-356-cbh) Must Be Renewed At Every 48 Months With Gfp. Renew Hooks If Certification Is Expired. 3.2.1.1 Mandatory Turn-in Item (mti) Removal. If Required To Be Renewed, The Contractor Must Remove The Existing Mti Hooks And Turn Over To The Cor. 3.3 Special Requirements For Various Components. If A Change Request Has Been Authorized For Additional Work On Any Of The Components Listed In Table 4 Below, The Contractor Must Perform Work In Accordance With The Corresponding Appendix Or Paragraph Of Sflc Std Spec 5000. table 4 - Special Requirements component appendix & Paragraph In Sflc Std Spec 5000 fluids c2.1 hose Assemblies c2.2 piping And Tubing c2.3 valves And Manifolds c2.4 gages c2.5 gas Charged Accumulators c2.6 heat Exchangers And Fluid Coolers c2.7 systems c2.8 fastener Assemblies d2.1 wire Rope Assemblies d2.2 brakes And Clutches d2.3 open Gearing And Gear Reducers d2.4 note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 3.4.1 The Contractor With Tech Rep Support Must Perform A Dockside Test, Consisting Of Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Submit A Cfr. 3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310. note government Will Provide 72 Hours Of Advance Notice To The Contractor For Sea Trial Support By The Tech Rep. 3.6 Sea Trial. The Contractor Must Provide Tech Rep Support To Test Operational Capability Of The Dual Point Davit With Gfp In Accordance With Tp. Estimated Time For Sea Trial Is Eight Hours. Perform An At Sea Test Launching The Gfp Boat To Test Constant Tension Function, Wire Rope Tension, Ct Select Button, Control Function, Ct Engage, Brake Release Etc. Ensure All Functions Are In Satisfactory Operating Conditions. Submit A Cfr. 4. Notes figure 1: Dual Point Davit Maintenance Table
131-140 of 1683 active Tenders